HomeMy WebLinkAboutR-80-0701RESOLUTION
$ 0 - 7 0 1
A RESOLUTION ACCEPTING
THE BID OF
FIREFIGHTERS EQUIPMENT CO. FOR
i
FURNISHING FIRE
FIGHTER HELMETS FOR THE DEPARTMENT Or FIRE ON A
CONTRACT BASIS FOR
SIX MONTHS; AT
A TOTAL ESTIMATED COST OF $25,000.00;
ALLOCATING FUNDS
FROM THE 1979-80
OPERATING BUDGET OF THAT DEPARTMENT;
AUTHORIZING THE
CITY MANAGER AND
THE PURCHASING AGENT TO ISSUE THE
PURCHASE ORDERS
FOR THIS EQUIPMENT.
WHEREAS, pursuant to public notice, sealed bids were received September 2,
1980 for the furnishing of Fire Fighter Helmets on a Contract basis for six months
for the Department of Fire; and
WHEREAS, invitations were mailed to 17 potential suppliers and 6 bids
were received; and
WHEREAS, funds for this purchase are available in the 1979-80 Operating
Budget; and
WHEREAS, this equipment will be used by the Department of. Fire for the
purpose of replacement of obsolete and worn equipment; and
WHEREAS, the City Manager and the Department of Fire recommend that the
bid received form Firefighters Equipment Co. be accepted as the most advantageous
bid to the City;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI.,
FLORIDA:
Section 1. The September 2, 1980 bid of Firefighters Equipment Co. for
furnishing Fire Fighter Helmets to the Department of Fire on a Contract Basis
W for six monthsat a total estimated cost of $25,000.00 is hereby accepted with
funds hereby allocated from the 1979-80 Operating Budget of that department.
Section 2. The the City Manager is hereby authorized to instruct the
f
Purchasing Agent to issue the Purchase Orders for this equipment.
CD PASSED AND ADOPTED this 25 day of SEPTEMBER 1980.
MAURICE A. FERRE
st:
City Clerk
PREPARED AND APPROVED BY:
i ��►�FWL ;�Qi/lloc
ROBERT F. CLARK
ASSISTANT CITY ATTORNEY
M A Y 0 R
"DOCUM''I'1i
ITEM NO. "-9 "
AP V � `SASS TO _F1O I AN CORRECTNESS:
GEORGA F. KNOX, JRJ
CITY TTORNEY
CITY COMMISSION
MEETING OF
SEPu 5 1980/iFANWW
8 V ~ O
��MM�AMN �M
1"W" ft" ..
BID SECURITY ` .
ITEM FIRE FIGHTER HELMETS DATE 6101RECEIVED SEPTEMBER 2, 1980
Dept. of Fire - -
TYPE OF SECURITY
BIDDER
TOTAL
AMOUNT'
SAFETY EQUIPMENT CO. OF FLA.
Cashier s Chec
20352 N. E. 16th Place
North Miami, Fla 33179
$10,375
$518.75
SunBank of Miami
SSun
BISCAYNE FIRE EQUIPMENT
$11,350.00
$567.50
Cashier's Check
#44-31211
2950 N. W. 7th Avenue
The First State
Miami, Florida 33127
Bank of Miami
SAFETY SERVICE CO.,INC.
$10,500.00
$525.00
Cashier's Check
#57428
6 Walter Martin Road
Ft. Walton Beach, Fla 32548
First City Bank of
Ft. Walton Beach F1
BROWARD FIRE EQUIPMENT & SERV.IN
$10,915.00
$545.75
Cashier's Check
#27221
101 S. W. 6th Street
Ft. Lauderdale, Florida 33301
Sunniland Bank
Ft. Lauderdale
FIRE FIGHTERS EQUIPMENT,CO
$10,110.00
5% BB
P. 0. Box 60189
Jacksonville, Florida 32205
CAIRNS & BROTHERS,INC.
Certified Check
60 Webro Road
$13,000.00
$650.00
#7200
Clifton, N. J. 07012
Cairns & Brothers I
NO RTD-
Fountain Fire Extinguishers Sale3
& Service,Inc.
ABC Fire Equipment
Fountain Fire & Safety Equipment
Tom Wright & Associates
East Coast Fire Equipment
W. Q. Dowling Fire Equipment
46e61,104 1*I0 Mier de<<r169d cheeks this ray MI
0-4slOR ACCOUNTING DIVISION
i
Asa a •
*�� oti Sun Bank of Miami N2 755
Miami, Florida 33155
6 Ei70 2 702
September 2,_19 80
REMITTER Marque Farrell
1II�,i"
CORAL II' FI1fib GAp'��N 1I:`' I $ 518.75***
PAY
TO
THE
ORDER **City Of Miami, Florida** CASHIER'S CHECK
OF
Authorized Signature
11e00010 ? 5 5ii' •1:06 700 70 201: 70 2 099009111
70911a
NA.,A"O. FORM 10 •-_• r...• ..
153.376
The First State Bank of Miami eeo
-; N2 44-31211
�i' M[ML[II /[OLII�� IIL{LIIVI .Y�tLM
HIALEAH•MIAMI SPRINGS BRANCH Auaust 80
F111ST STATE: +"
PAY
SANKAF MIAMIC� ��IU,I,1� 11�!RR�I �ullll r, I ��� S **r567.50**
__.__
TO THE ORDER OF
City of Miami - - - - - -
CASHIER'S CHECK 41
BID #79-80-105 act r
AUTHORIZED SIGNATURE
003i211ill' 1:0660037531: 118444 0020638118
LJ
F OLLOV Y
R'�r Wit:•.+.._.. .- _. ,. ,� *'s7Rit�ltrr�'.
NOTICE
THE PURCHASE OF AN INDEMNITY BOND WILL BE REQUIRED No. 5 7 4 2 8
�' BEFORE ANY CASHIERS CHECK IN THIS BANK WILL UE
��t
REPLACED OR REFUNDED IN THE EVENT IT IS LOST OR STOLEN.
6356G163::
4.YJV DATE AM26 80 19
FORT WALTON BEACH, FLORIDA
PAY
TO THE
ORDER OF TheCity Of Miami, Miami, Fla. $ 525.00
1e1=ST,1aCTJdot
Y Bl•DOLLARS
Safety Service Co. Inc.
ai�e u`-40632u105661: 90 2i2 81i'
1[L ' +ram
i
6
1 r ` t � . • .yr�s
. s •
UiYAULAND BANK No. 27221
424 WEST SUIJRISE BOULEVARD '
FORT LAUDERDALE, FLORIDA 33311 63.978/670
REMITTER AUG . 26 1980
BROWARD FIRE EQUIPMENT CO.
PAY TO#�E9-80-105
ORDER OF ******CITY OF MIAMI, FLORIDA S 545.75
SUNNI�o.,If. C��' u'' ' DOLLARS
1i i„
w
t,
x . x CASHIER'S CHECK
0:067009?8so: 90 %90!0�zll' i5
AINIERICAIV I%A'i'IOIVAI..
Bunk 6 7ruH •1 %O f* Jersev
UP-C" M0147CLAsn. N J 07043
PAY
TO THE
ORDER OF; City OF MiaM i
55.233
CAIRNS & I3110TIUM, INC. 212
MANUFACTURERS OF EQUIPMENT FOR FIREMEN No. L^ O O
854 BLOOMFIELD AVE.
CLIFTON, N.J. 07012 /////
Q
nOD1,TE *ACII C110 AMOUNT
8800 �., t�2 tv $650.00
�rn
~ p=Z * ,so
z BCD * WPM
-1O �nOZ Ot1if�
10
0H Z =�is Ln 1
_�.�
Ul o 10 C3.
i01gCD W
-' 'AUTHORIZED SIGNATURE
C IC3 ..
CIITIPICATION 0001
1:02L210102331: OL0503000Lill
00 NOT 11MOV1 TN11 LAM-,
CITY OF MIAMI, FLORIDA
REQUISITION FOR QUANTITY REPRESENT/ DEPARTMENT
ADVERTISEMENT FOR BIDS REQUIREMENTS FOR MONTMIS
L J
DEPTIDIV
ACCOUNT CODE. 260001-•075
Q BID NO, 7;14Ju-105 DATE Aupu`t lie, .19'0
Ot PREPARED BY Aa,,.,, 'Jill PHONE a79-0—
Z
iii�CODE ITEM DESCRIPTION
QUANTITY
UNIT~
PRICE
AMT.`
iZ
�3L
D C
U IV'
i;_ � � Mr�
cr
FDLLOW>,
TOTAL
v
BIDS TO BE SECURED FOR
FOR THE DEPARTMENT OF:
;art+ i
ADVERTISE ON
BIDS TO BE RECEIVED ON
I
ESTIMATED COST :.. APPROVED BY:
CONTRACTUAL: $
INCIDENTAL: $ 11 '�•�'I' ~~ DIRECTOR OF ISSUING DEPARTMENT
TOTAL $ :'•`+..1<+U '.;t:
SOURCE OF FUNDS:
TO be filled in by
EXPENDITURE CONTROL:
FUNDS AVAILABLE FOR PROJECT INVOLVED--_C �Ieee /C - Xe,
EXPENDITURE CONTROLLER
PROJECT CODE AD CODE '
COPIES To, Purchasing (il — City Manager — City Clerk—Ii.%punditure Conti — Issuing Department — Other A//ectrd DeporJNim
FORM NO. 1043- REV. 74 WHITE GREEN PINK CANARY BLUE GOLDENROD
Legal Advertisement
Bid No, 79-80-105
Senl.ed bids will be received by the City Mannger .and City Clerk
of the City of Miami, Florida no later than 10:00 A.M. ,
September 2, 1980 ter furnishing
250 Fire Fighter Helmets for the Department of Fire
In accordnoce with detailed specifications available upon request
at the office of the Purchasing; P,gent, Purchasing Division, 3318
Pan American Drive, Miami, telephone 579••6380. The City Manager
has the power to reject all bids and rendverti.se.
Joseph R. Grassie
City Manager
"s l'.J d P�
'
~/
= ,=
Zia
34��
Mr. Richard L. Foomoan `' September l%, 1980 'uc
City Manager
` Recommendation for Resolution
and Award of 8±6: No. 79-80-105
Fire Fighter Helmets and Spare
^y.. Pacto
[. �u1'1oa ` Award of Did, Tabulation,
— - ' ' ` �
Purchasing Agent Resolution
/
It is recommended that the award be made and a
resolution be pooee6 accepting the most advan-
tageous bid as received ment Co. for furnishing Fire Fighter Helmets on
Pursuant to public notice, sealed 6iJa were received September 2, 1980 for
furnishing Fire Fighter Helmets and Spare Parts on a Contract Dunio for the
Department of Fire.
Invitations were moiled to 17 potential suppliers and 6 616o were received
as per the attached tabulation.
Funds for this purchase are available in the 1979-80 Operating Budget.
This equipment is to replace obsolete and worn helmets. As initial purchase
of 497 helmets and spare ports will be made at o coot of $19.981^81,
Ihe DepoctmenL of Fire concory with this reuommanJution.
6LX:un
~
M
_
y�f\� ��\�y�
��L.Y �� ����
. )
!
°°
.
iLn
�
���
`. = -
/
~��_ �
.
,
Bid No. 79-80-105
ITEM:
Fire Fighter Helmets
DEPARTMENT:
Fire
TYPE OF PURCHASE:
Initial
purchase and contract for 6 months
REASON:
Replacement
of obsolete and worn equipment
POTENTIAL BIDDERS:
17
BIDS RECEIVED:
6
TABULATION:
Attached
FUNDS:
1979-80
Operating Budget
CERTIFIED AS TO AVAILABILITY
OF
CZ
FUNDS/ SOURCE_
Department of Finance
BID EVALUATION:
All bids
meet the specifications. Following is an
analysis
of the Invitation to Bid:
Number of Bic] Number of
Category
Invitations Mailed Responses
Prior Bidders
6 5
New Bidders
11 1
Minority Bidders
-0- -0-
Courtesy Notifications
-0- -0-
"No Bids"
7
Totals 17 13
Reasons for "No Bic!" were as follows;
1. Specified equipment not available at this time.
2. Specifications do not specify manufacturer name, we will
only bid manufacturer name brands.
RECOt0IE'D]DATTON; TT IS I2ECU;ir1ENDEll THAT !'FIE AWARD BE MADE TO
FIREFIGHTERS EQUIPMENT CO.
The Department of Fire concurs.
Purchnsing Agent
r` Date
3 b., 7 01.